← Back to opportunities

Barbican Renewal Construction Management

The Mayor and Commonalty and Citizens of the City of London

Buyer Contact Info

Buyer Name: The Mayor and Commonalty and Citizens of the City of London

Buyer Address: PO Box 270, City of London, UKI43, EC2P 2EJ, United Kingdom

Contact Email: andrew.stirland@cityoflondon.gov.uk

Contact Telephone: 020 7606 3030

Status
active
Procedure
selective
Value
4000000.0 GBP
Gross: 4800000 GBP
Published
26 Feb 2026, 11:29
Deadline
n/a
Contract Start
n/a
Contract End
n/a
Category
services
CPV
71540000 - Construction management services
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

Description

The City of London Corporation (the City) invites Tenders for the provision of Barbican renewal programme, Construction Management Services. The Barbican Centre, which is a department of the City of London (CoL) Corporation, is seeking to appoint a Construction Manager (CM) to deliver Construction Management services for the Barbican Renewal Programme (BRP). The appointment will commence in June 2026 and extend through to March 2030, with an estimated fee value of c. £4m against a total construction cost of approximately £176m. The CM will be appointed directly by the CoL and will act as the client's principal delivery partner, responsible for managing and coordinating a series of trade contractors engaged under separate contract with the CoL. The Barbican Centre is a Grade II listed arts centre of international significance, situated within the wider Barbican Estate in the City of London. The Renewal Programme encompasses a broad and concurrent series of improvement, repair, and upgrade works across the Barbican Arts Centre (BAC), requiring careful sequencing and coordination to minimise disruption to visitors, building users, venue operations and nearby residents . The CM will be required to operate within a live, occupied environment subject to significant heritage and conservation constraints, and to manage multiple workstreams progressing simultaneously across different areas. The Programme demands a high degree of logistical rigour, stakeholder sensitivity, and programme control; and the appointed CM will be expected to demonstrate commensurate experience in the delivery of complex, phased works within similarly constrained settings. The scope of the CM appointment spans both pre-construction and construction phases. During the pre-construction phase, the CM will be responsible for developing and maintaining the master construction programme, advising on procurement strategy, and leading the procurement of trade contractor packages in conjunction with the existing Project Team of G&T, Greenway Associates, Allies & Morrison, Asif Khan Studio, Buro Happold and others. The CM will also be required to assist in the submission and determination of a BSA Gateway 2 application, due to BAC recently being classified as a Higher-Risk Building (HRB). During the construction phase, the CM will assume responsibility for the coordination and management of all trade contractors on site, overall site logistics, and the integration of individual package programmes into a coherent and deliverable whole. The CM will maintain a proactive interface with the Project Team on all matters relating to cost reporting and change management and will hold principal responsibility for health and safety management across the site. Throughout the appointment, the CM will be required to lead and coordinate stakeholder and resident engagement activity as it relates to construction operations, working closely with Barbican Renewal, BAC, CoL and other key stakeholders to ensure that communication is managed effectively. The duration of the contract is 44 months, subject to the right of the City (at its sole discretion) to exercise its right to extend the Contract by up to 12 months. The maximum length of the contract is therefore 56 months.

Linked Documents

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://www.find-tender.service.gov.uk/Notice/017226-2026

Link Description: Tender notice on Find a Tender

Lots

Lot 1 Status: active

Lot 1 Value: GBP 4,000,000

Lot 1 Value (Gross): GBP 4,800,000

Lot 1 Contract Start: 2026-07-06T00:00:00+01:00

Lot 1 Contract End: 2030-02-05T23:59:59+00:00

Lot 1 SME Suitable: Yes

Lot 1 Award Criterion (quality): Technical (50%)

Lot 1 Award Criterion (price): Commercial (35%)

Lot 1 Award Criterion (quality): Responsible procurement (15%)

Documents

Document Description: Not published

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-PPON-PYQD-1693-MYXR",
    "name": "The Mayor and Commonalty and Citizens of the City of London"
  },
  "date": "2026-02-26T11:29:20Z",
  "id": "017226-2026",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-05f6c9",
  "parties": [
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "City of London",
        "postalCode": "EC2P 2EJ",
        "region": "UKI43",
        "streetAddress": "PO Box 270"
      },
      "contactPoint": {
        "email": "andrew.stirland@cityoflondon.gov.uk",
        "telephone": "020 7606 3030"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - sub-central government",
            "id": "publicAuthoritySubCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ],
        "url": "https://www.cityoflondon.gov.uk"
      },
      "id": "GB-PPON-PYQD-1693-MYXR",
      "identifier": {
        "id": "PYQD-1693-MYXR",
        "scheme": "GB-PPON"
      },
      "name": "The Mayor and Commonalty and Citizens of the City of London",
      "roles": [
        "buyer"
      ]
    }
  ],
  "tag": [
    "tender"
  ],
  "tender": {
    "aboveThreshold": true,
    "awardPeriod": {
      "endDate": "2026-06-05T23:59:59+01:00"
    },
    "contractTerms": {
      "financialTerms": "As set out in the tender pack"
    },
    "coveredBy": [
      "GPA"
    ],
    "description": "The City of London Corporation (the City) invites Tenders for the provision of Barbican renewal programme, Construction Management Services.\nThe Barbican Centre, which is a department of the City of London (CoL) Corporation, is seeking to appoint a Construction Manager (CM) to deliver Construction Management services for the Barbican Renewal Programme (BRP).\nThe appointment will commence in June 2026 and extend through to March 2030, with an estimated fee value of c. \u00a34m against a total construction cost of approximately \u00a3176m. The CM will be appointed directly by the CoL and will act as the client\u0027s principal delivery partner, responsible for managing and coordinating a series of trade contractors engaged under separate contract with the CoL.\nThe Barbican Centre is a Grade II listed arts centre of international significance, situated within the wider Barbican Estate in the City of London. The Renewal Programme encompasses a broad and concurrent series of improvement, repair, and upgrade works across the Barbican Arts Centre (BAC), requiring careful sequencing and coordination to minimise disruption to visitors, building users, venue operations and nearby residents .\nThe CM will be required to operate within a live, occupied environment subject to significant heritage and conservation constraints, and to manage multiple workstreams progressing simultaneously across different areas. The Programme demands a high degree of logistical rigour, stakeholder sensitivity, and programme control; and the appointed CM will be expected to demonstrate commensurate experience in the delivery of complex, phased works within similarly constrained settings.\nThe scope of the CM appointment spans both pre-construction and construction phases. During the pre-construction phase, the CM will be responsible for developing and maintaining the master construction programme, advising on procurement strategy, and leading the procurement of trade contractor packages in conjunction with the existing Project Team of G\u0026T, Greenway Associates, Allies \u0026 Morrison, Asif Khan Studio, Buro Happold and others.\nThe CM will also be required to assist in the submission and determination of a BSA Gateway 2 application, due to BAC recently being classified as a Higher-Risk Building (HRB).\nDuring the construction phase, the CM will assume responsibility for the coordination and management of all trade contractors on site, overall site logistics, and the integration of individual package programmes into a coherent and deliverable whole.\nThe CM will maintain a proactive interface with the Project Team on all matters relating to cost reporting and change management and will hold principal responsibility for health and safety management across the site. Throughout the appointment, the CM will be required to lead and coordinate stakeholder and resident engagement activity as it relates to construction operations, working closely with Barbican Renewal, BAC, CoL and other key stakeholders to ensure that communication is managed effectively.\nThe duration of the contract is 44 months, subject to the right of the City (at its sole discretion) to exercise its right to extend the Contract by up to 12 months. The maximum length of the contract is therefore 56 months.",
    "documents": [
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "datePublished": "2026-02-26T11:29:20Z",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "017226-2026",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/017226-2026"
      }
    ],
    "enquiryPeriod": {
      "endDate": "2026-03-23T12:00:00+00:00"
    },
    "expressionOfInterestDeadline": "2026-04-02T12:00:00+01:00",
    "id": "prj_910",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Construction management services",
            "id": "71540000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKI"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "Suppliers will be required to submit responses to a number of sub-weighted questions relating to organisation, risk, design management, Commercial and Trade Package Procurement, Construction Methodology, Programme, Communication, Handover \u0026 Aftercare BSA Gateway 2 Application. In addition, all shortlisted suppliers will be required to attend a scored interview",
              "name": "Technical",
              "numbers": [
                {
                  "number": 50,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Suppliers\u2019 commercial responses will evaluated against total contract cost. The commercial evaluation methodology is set out in the tender documents.",
              "name": "Commercial",
              "numbers": [
                {
                  "number": 35,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            },
            {
              "description": "Suppliers will be required to submit responses to set out how they will deliver against carbon reduction initiatives and social value.",
              "name": "Responsible procurement",
              "numbers": [
                {
                  "number": 15,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2030-02-05T23:59:59+00:00",
          "maxExtentDate": "2031-02-05T23:59:59+00:00",
          "startDate": "2026-07-06T00:00:00+01:00"
        },
        "hasRenewal": true,
        "id": "1",
        "renewal": {
          "description": "The contract may require modification in the event of project overrun to ensure continuation of service and technical expertise is retained from the cost consultant (for example to provide additional goods, services or works)."
        },
        "secondStage": {
          "minimumCandidates": 4
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "As set out in the tender documents",
              "type": "economic"
            },
            {
              "description": "As set out in the tender documents",
              "type": "technical"
            },
            {
              "description": "Suppliers will be required to meet the conditions of participation set out in the tender documents. These include minimum requirements for financial capacity, insurance, modern slavery and data protection. In addition suppliers will be required to respond to scored questions regarding experience. The highest scoring bidders who meet the conditions of participation will be invited to participate in the next tender stage in accordance with the methodology set out in the tender documents.",
              "forReduction": true
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true
        },
        "value": {
          "amount": 4000000,
          "amountGross": 4800000,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "services",
    "procedure": {
      "features": "This Competitive Flexible Procedure will be conducted in two (2) stages:\n\u2022\tStage 1 \u2013 Invitation to Participate (ITP)\n\u2022\tStage 2 \u2013 Invitation to Tender (ITT)\nThe Invitation to Participate (ITP) will comprise of Suppliers being asked to meet the conditions of participation and respond to a number of technical questions based on previous contract experience / contract examples. Following assessment of the responses, the City will notify suppliers in writing to confirm the outcome of the assessment and whether or not they have been successfully shortlisted to participate in the ITT stage of this procurement. The assessment will be undertaken in accordance with the methodology set out in the tender documents."
    },
    "procurementMethod": "selective",
    "procurementMethodDetails": "Competitive flexible procedure",
    "riskDetails": "The contract may require modification in the event of project overrun to ensure continuation of service and technical expertise is retained from the  communications service provider (for example to provide additional goods, services or works)",
    "status": "active",
    "submissionMethodDetails": "This tendering exercise is being undertaken using the electronic tendering system \u2018City of London Corporation Sourcing \u0026 Contracts Portal\u2019 (https://cityoflondon.ukp.app.jaggaer.com/). Suppliers will need to register an interest on the system in order to participate and registration is free.\nThe estimated contract value given at sections 31 and 32 (\u201cTotal Value\u201d) is for the full duration of the contract including the maximum possible extensions. The estimated annual contract value is therefore \u00a34,000,000",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "en"
      ]
    },
    "title": "Barbican Renewal Construction Management",
    "value": {
      "amount": 4000000,
      "amountGross": 4800000,
      "currency": "GBP"
    }
  }
}